Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
18013 OFA energy portfolio management
Reference number: 18/02762
II.1.2)Main CPV code
71314200
II.1.3)Type of contract
Services
II.1.4)Short description:
The contract is for portfolio management for electricity for the OFA municipalities and associated units. The total consumption will be approx. 254.5 GWh per annum.
II.1.5)Estimated total value
Value excluding VAT: 750 000 000.00 NOK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
09300000
66140000
71314000
II.2.3)Place of performance
NUTS code: NO
II.2.4)Description of the procurement:
The contract is for portfolio management for electricity for the OFA municipalities and associated units. The total consumption will be approx. 254.5 GWh per annum.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 750 000 000.00 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 09/10/2018
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
Option for documentation of origin guarantees for parts of the extent.
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Tenderers shall enclose a company registration certificate.
Tenderers shall have a valid participant agreement with Nasdaq OMX.
Tenderers shall document, with a copy of the participant agreement or other suitable documentation, that they have a participant agreement with Nasdaq OMX as a trade and clearing representative in both the physical and financial market. The participant agreement must apply for all contracts that, at any one time, can be managed and cleared on Nasdaq OMX.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
Tenderers shall have sufficient financial solidity to see to the contracting authority for the entire potential contract period.
Tenderers shall, upon request, present the accounts for the last 3 years with the auditor´s reports, as well as a credit rating based on the last known accounting figures. The rating shall be carried out by a credit rating company with licence to conduct this service, Accounts for the group or the controlling company, only, are not accepted.
III.1.3)Technical and professional ability
List and brief description of selection criteria:
Tenderers shall have more than 3 years experience with the delivery of goods and services equivalent to what is covered in this procurement, both as regards customer group and volume. The analysis/broker environment must consist of more than three persons.
Tenderers shall describe their organisation in relation to the number of employees, number of years the company has carried out portfolio management as included in the contract, as well as other relevant information that describes the company’s general competence and resources, including any collaboration partners relevant for the delivery. The analysis and broker environment shall be documented with CVs for relevant persons.
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 19/04/2018
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 19/08/2018
IV.2.7)Conditions for opening of tenders
Date: 19/04/2018
Local time: 12:30
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
16/03/2018